Resolution 175-1982RESOLUTION NO.175 -1982
RESOLUTION AUTHORIZING THE CHAIM AN OF THE BOARD OF
COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, TO
EXECUTE AN ENTRANT IMPACT AID CONTRACT FOP. HEALTH
SERVICES FIXED -PRICE CONTRACT BY AND BETWEEN THE
STATE OF FLORIDA DEPARTMENT OF HEALTH AND REHABILI-
TATIVE SERVICES AND MONROE COUNTY BOARD OF COUNTY
COMMISSIONERS.
BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE
COUNTY, FLORIDA, as follows:
That the Mayor and Chairman of the Board of County Commis-
sioners of Monroe County, Florida is hereby authorized to execute an
Entrant Impact Aid Contract for Health Services Fixed -Price Contract
by and between the State of Florida Department of Health and Re-
habilitative Services and the,Monroe County Board of County Commis-
sioners, a copy of same being attached hereto.
Passed and adopted by the Board of County Commissioners of
Monroe County, Florida, at a regular meeting of said Board held on
the 28th day of June, A.D. 1982.
(Seal)
Attest W-P
_'Hug
Clerk
BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA
By
ayor/CtairmanA �
A AP7MW A ,7 70 J,-r_jR,4tti
1
"W
ENTRANT IMPACT AID COtiTRnCT FOR HEALTH SERVICES
FIXEj-PRICE CONTRACT
I3ET"^�EEN
STATE OF FLORIDA
DEPARTMENT OF IiEALTH AND REHABILITATIVE SERVICES
AND
Monroe County Board of County Commissioners
THIS CONTRACT is entered into between the State of Florida,
Department of Health and Rehabilitative Services, hereinafter
referred to as the "Department", and Monroe County Board of
County Commissioners. . hereinafter referred to as the "Provider".
I. .The Provider Agrees:
A. To provide services in accordance with the conditions
specified in Attachment I.
B. Federal and State Laws and Regulations
1. To comply with Title VI and VIi, Civil Rights Act
of 1964 and to comply with all the provisions of
Section 504 of the Rehabilitation Act of 1973,
Nondiscrimination Against the Handicapped, as amended
(45 CFR, Part 84) .
2. It is expressly understood that upon receipt of
substantial evidence of such discrimination, the
Department shall have'the right to terminate this
contract for breach.
3. To comply with the applicable provisions of 45 CFR,
Part 74.
4. To meet the Federal standards set forth in Title V
of the Refugee Education Assistance Act of 1980,
Public Law 96-422. To meet any additional.standards
or conditions established through amendments to the
forementioned laws and regulations.
5. To comply with applicable standards, orders, or
regulations issued pursuant to the Clean Air Aet as
amended (42 USC 1857 et.-seq.) and.the Federal''Water
Pollution Control Act as amended-(33 USC 1251'et seq.)
if the contract amount is for $100,000 or more).
' I
i
C. Audits and Records
1. To maintain books, records and documents in accordance
with accounting procedures and practices which
sufficiently and properly reflect all expenditures of
funds provided by the Department under this contract.
2. To assure that these records shall be subject at all
times to inspection, review, or audit by State personnel
and other personnel duly authorized by the Department,
as well as by Federal personnel.
3. To maintain and file with the Department such progress,
expenditure, inventory and client reports as the
Department may require within the period of this
contract, provided the Department shall not require
reports for periods already past.
4. To include these aforementioned audit ana recordkeeping
requirements in all approved subcontracts and
assignments.
5. To allow public access to all documents, papers, letters
or other material subject to the provisions of
Chapter 119, F.S., and made or received by the Provider
in conjunction with this contract. It is expressly
understood that upon receipt of substantial evidence of
the Provider's refusal to comply with this provision,'
the Department shall have the right to terminate this
contract for breach.
D. Retention of Records
1. To retain all financial records, supporting documents,
statistical records, and any other documents pertinent
to this contract for a period of five (5) years after
termination of this contract, or if an audit has been
initiated and audit findings have not been resolved at
the end of five (5) years, the records shall be retained
until resolution of the audit findings.
-2-
,e
4
i
2. Pursuant to 45 CI R, Part 74.24(a) and (b) , Federal
d
auditors and persons duly authorized by the Department
shall have full access to, and the right -to examine any
said.materials•during said period. The Provider will not
be responsible for bearing the cost of an independent
audit.
E. Monitoring
1. To provide periodic progress records, including data
reporting requirements requested from the Department
and/or Federal agencies. These reports will be used for
monitoring progress reports, including data reporting
requirements requested from the Department and/or Federal
agencies. These reports will be used for monitoring
prog-res or performance to determine conformity with
intended program purposes.
2. To provide access to, or to furnish whatever information
is necessary to effect this monitoring.
3. To permit the Department to monitor the aforementioned
service program operated by the Provider or subcontractor
I
according to applicable regulations of the Federal and
State governments. -Said monitoring will include access to
all client records.
F. Indemnification
To the extent allowed by law, the Provider shall be liable, and
agrees to be liable for, and shall indemnify, defend, and hold
the Department harmless from all claims, suits,.judg.ements or
damages, including court costs and attorneys fees, arising out
of or in the course of the operation of this contract.
G. Insurance
The responsibility for providing adequate liability insurance
coverage on a comprehensive basis shall be that of the Provider
and shall be provided at all times during the existence of this
contract. Upon the execution of this contract, the Provider
shall furnish the Department with written verification of the
existence of such insurance coverage.
-3-
H. Safeguarding Information
y
The Provider shall not dse or disclose any information
concerning a recipient of services under this.contract for
any purpose not inconformity with the Federal and State
requirements except on written consent of the recipient, or
his responsible parent or guardian when authorized by law.
I. Client Information
The Provider shall submit to the Department management and
program data, including client identifiable data, as deemed'
essential by the Department.
J. Assignments of Contracts
The Provider shall not assign the responsibility of' this
contract to another party without prior. written approval of
the Department, which approval shall not be unreasonably
withheld.
R. Subcontracts
The Provider may enter into subcontracts for any of the work
contemplated under this contract provided all subcontracts
shall be subject to the conditions of this contract. Provider -
will be responsible for the performance of any subcontractor.
L. Client Eligibility
Payment under this contract will be made only for Cuban and
Haitian Entrants who have documentation pursuant to the
February 1982 Office of Refugee Resettlement guidelines in
determining acceptable immigration documentation. Eligible
Entrants must have resided in the United States 18 months or
more and not be receiving Aid to Families with Dependent
Children or Supplemental Security Income Program: Entrants
who continue to be eligible for services under the existing
Cuban/Haitian Entrant Program are not eligible for services
provided through this contract.
-4-
r
The Provider shall ce responsible for determining the
4
eligibility of each client served. The Provider shall
furnish, upon request such information as may be required to
verify that client eligibility was.determined in accordance
with Federal, State and.Departmental requirements.
M. Grievance and Fair Hearings Procedures
The Provider will establish a system through -which
recipients may present grievances about the operation of the
contract. Provider shall advise recipients of this right to
appeal'.denial or exclusion from the program or the failure
to take account of recipients' choice of service and of
their right to a fair hearing in these respects.' Whenever
an applicant or recipient requests a fair hearing, the
Department will make arrangements to provide such a hearing
process.
II. The Department Agrees:
To pay for contracted services according to the conditions of
Attachment 1 in an amount not to exceed $ 23,469.00
III. The Provider and Department Mutually Agree:
A. Effective Date
1. This contract shall begin on June 1, 1982 or the date on
which the contract has been signed by both parties,
whichever is later.
2. This contract shall end on June.30, 1983.
B. Termination
1. Termination at Will
This contract may be terminated by either party upon no
less than thirty.(30) days notice, without cause; notice
shall be delivered by certified mail, return receipt
requested, or in person with proof of delivery.
2. Termination Because of Lack of Funds
In the event funds to finance this contract become
unavailable, the Department may terminate the contract
upon no less than twenty-four (24) hours notice in
writing to the Provider. Said notice shalli be delivered
-5-
by.certified mail; return receipt requested, or in
person with proof�of delivery. The Department shall be
the final authority as to the availability of funds.
3. Termination for Breach
Unless the Provider's breach is excused, the Department
may, by written notice of breach to the Provider,
terminate the contract. Termination shall be upon no
less than twenty-four (24) hours notice in writing
delivered by certified mail, return receipt requested,
or..in person with proof of delivery. Waiver of breach
of any provision of this contract shall not be deemed to
be a waiver of any other breach and shall not be
construed to be a modification of the terms of the
contract.
C. Notice and Contact
The Contract.Manager for the Department for this contract
is Catherine J. Rhode, Health Program Supervisor, Dist. XI The
representative of the' Provider responsible for the
administration of the program under this contract is
Louis LaTorre, Director, Monroe County Social Services
In the event that different representatives are designated
by either party after execution of this contract, notice of
the name and address of the new representative will be
rendered in writing to the other party and said notification
attached to originals of this contract.
D. Renegotiation or Modification
Modifications of provisions of this contract shall only be
valid when they -have been reduced to writing and duly
signed. The parties agree to renegotiate this contract if
Federal and/or State revisions of any applicable laws,
regulations or budget allocations makes changes in this
contract n'6cessary. The Department shall be the final
authority as to the availability of funds for this contract
due to Federal and/or State revisions of any applicable
laws, regulations, or budget allocations.
E. Name and Address of Payee
a
A
The*name and address of the official payee to whom payment
shall be made: Monroe County Board of County Commissioners
P. 0. Box 1680
Key West, Florida 33040
F. All Terms and Condition, Included
This contract and its attachments as referenced,
( Attachment #1
), contain all the terms and
conditions agreed upon by the parties.
IN WITNESS THEREOF, the parties hereto have caused this
page contract to be executed by their undersigned officials
as duly authorized.
PROVI R MONROE COUNTY
B
Ge ge E. Dolezal
y
TITL Manr
DATE: 6/28/82
ATTEST: iKAq,
erk
STATE OF FLORIDA
DEPART14ENT OF HEALTH
AND REHABILITATIVE SERVICES
BY:
TITLE: u, 5 �`�i1� c, ��}� �� /, ti; •S; X'AIzX
DATE:
CONTRACT ANAGER
DATE:
CONTRACT ADMINISTRATOR
DATE (L �
Entrant Impact Aid
Contract for Health Services
Attachment 1
1. Statement of Work
The County either directly or through approved subcontracts
will be responsible for providing personal health care services to
eligible Cuban and Haitian Entrants which include but are not limited
to:
- Hospital Inpatient Services
- Hospital Outpatient Services
— Physician Services
- Prescribed Drug Services
- Primary Health Care Services
Services provided under each of these service categories must at a
minimum equal the benefit coverage described in Chapter 1OC-7, Florida
Administrative Code.
2. Method of Pavment
Subjecto the availability of funds, the Depaitrnerit of Health �
and Rehabilitative Services shall pay, during the period June 1, 1982
through June 30 , 1982, the Provider an amount of $ 23,469.00 ,
which is based on a monthly capitation rate of $ 42.13.
per capita for the eligible Cuban/Haitian Entrants in Monroe
County as determined by the May 1982 General Assistance caseload under
the Cuban/Haitian Entrant Program.
3. Reports
The Provider shall submit to the Department a report of the
services defined under the Statement of Work. Said report must be
received by the Department no later than the 20th day of the month
following the end of the month in which services were made. The report
shall be in such format as may be required by the Department.